Issue Date: July 7, 2017 Phone #: (636)

Similar documents
SIGNATURE REQUIRED REQUEST FOR QUALIFICATIONS. Energy Services Company

Renée Schuster, Ed.D Central School Road St. Charles, MO Superintendent

District Firewall E-Rate RFP

MO # RE:

Columbia Public Schools Columbia, Missouri

Banking Depository Services

Cherokee County Water and Sewerage Authority

REQUEST FOR PROPOSAL

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

Color Copier/Printer Lease

Invitation To Bid. for

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

REQUEST FOR PROPOSALS

INSTRUCTIONS TO VENDORS

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

INSTRUCTIONS TO BIDDERS

Request for Proposal (RFP) For Plat book Printing

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL RFP #14-03

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

MELBA SCHOOL DISTRICT

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

PURCHASING DEPARTMENT

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Ohio Public Employees Retirement System. Request for Proposal

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Request for Proposal (RFP) For Jail Security System Control Upgrade

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR QUOTE # 16471

INVITATION TO BID (ITB)

Request for Proposal RFP # SUBJECT: Ergotron LX

INSTRUCTIONS TO BIDDERS

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

Request for Proposal: Copier Fleet Minooka Elementary School

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

PURCHASING DEPARTMENT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

The vendor will provide at least one day of training at each location.

City of Albany, New York Traffic Engineering

Union College Schenectady, NY General Purchasing Terms & Conditions

I. SUBMISSION DEADLINE

PURCHASING DEPARTMENT

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

Request for Proposal

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Request for Proposals for Agent of Record/Insurance Broker Services

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

PURCHASING DEPARTMENT

Request for Proposals. Copiers

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

INSTRUCTIONS TO BIDDERS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP)

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

Scofield Ridge Homeowners Association

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Transcription:

Francis Howell R-III School District REQUEST FOR PROPOSALS Title: District Copiers Contact Person: Cindy M. Reilmann Issue Date: July 7, 2017 Phone #: (636) 851-4023 E-mail: cindy.reilmann@fhsdschools.org RETURN PROPOSAL NO LATER THAN: August 18, 2017 at 2:00 p.m., CDT RETURN PROPOSAL AND ANY ADDENDA TO: Francis Howell R-III School District ATTN: Cindy M. Reilmann 4545 Central School Road St. Charles, MO 63304-7113 The Proposer hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices quoted, in accordance with all terms and conditions, requirements and specifications of the original Request for Proposal (RFP) and as modified by any addenda thereto. SIGNATURE REQUIRED Authorized Signature Date Printed Name Title Company Name Mailing Address City, State Zip Phone #: Fax #: E-Mail Address Francis Howell School District Admin Copier Update

INTRODUCTION This document is a formal Request for Proposal (RFP) for copiers for the Francis Howell R-III School District (the District). A. GENERAL INFORMATION: 1. District: The Francis Howell School District was initially formed in 1825. Through mergers, it became the Consolidated School District No. 2 of St. Charles County in 1915, and the Francis Howell Reorganized School District #3 in 1951. The District serves portions of the municipalities of St. Charles, St. Peters, and O Fallon, as well as Cottleville, New Melle, and unincorporated parts of St. Charles County. The District comprises 150 square miles, and currently serves about 17,000 students in grades K- 12. The District s population growth mushroomed in the 1970s and 1980s, and continued into the 1990s, leading to substantial new construction to accommodate the increased student population. The District s physical plant currently includes three high schools, five middle schools, ten elementary schools, three early childhood education centers, an administration building and a maintenance facility. 2. Objectives: 2.1. Provide on-site print and copy services through a combination of leased printers, copiers and multi-function devices. 2.2. Provide analysis of printers and copiers currently in use and make recommendations for copier placement that delivers maximum efficiency at minimal cost for all locations. 2.3. Provide Just in Time delivery of consumables (ink, toner, maintenance kits) to multiple locations. 2.4. Provide for repair and maintenance of print/copy/multi-function devices. 2.5. Determine long term strategy for optimizing print volumes. 2.6. Provide a single monthly bill for all pages printed by location. 2.7. Provide for electronic collection of meter readings. 2.8. Ensure lease and maintenance payments can be made via credit card. 2.9. Provide an online submission solution for all print requests to the District s Print Shop. 2.10. Provide an implementation timeline that ensures no disruption to business operations. SUMMARY OF KEY DATES: July 7, 2017...RFP sent to vendors July 7-28, 2017...Potential walk-throughs by vendors, by appointment August 4, 2017...Written questions submitted by 4:00 p.m. August 18, 2017...Proposals Due by 2:00 p.m. at the District Central Office September 21, 2017...Board of Education meeting (tentative) October 16-20, 2017...Delivery of Equipment (FHSD Fall Break) Francis Howell School District 1 Admin Copier Update

B. PROPOSAL EVALUATION AND AWARD: 1. Evaluation 1.1. Proposals must be concise and in outline format. Pertinent supplemental information should be referenced and included as attachments. All Proposals must be organized and tabbed to allow for easy reference. 1.2. Elaborate and expensive copy is not required. Neat, legible and clearly stated information is adequate and will be used in the evaluation process. Supplier brochures may be included on an optional basis, but may not be substituted for the information requested herein. 1.3. The Proposal shall include a Letter of Transmittal that provides an introduction to the Company and includes an expression of the Company s ability and desire to meet the requirements of the RFP. The Letter of Transmittal must be signed by an authorized individual able to bind the Company to all items in the Proposal including products, services, prices, etc. contained in the Proposal. 1.4. The Proposal shall include an Executive Summary that briefly describes the Company s approach to meeting the District s requirements as outlined in the RFP, indicates any major requirements that cannot be met, and highlights the major features of the Proposal. The reader should be able to determine generally how well the Proposal meets the District s requirements by reading the Executive Summary. 1.5. Organization, Staffing and Qualifications The Company shall, in its response to this RFP: 1.6. Fee Proposal a. Provide proof that the Company has at least three years of successful experience and is licensed to provide services in the State of Missouri. b. Give the address of the specific office which will have responsibility for performing the work contemplated by this RFP. c. Through brief narrative discussion, show reason why the Company believes it is especially qualified to undertake this project. Discuss any unique qualifications that the Company possesses which would be of benefit to the District in the execution of this project. The Company must include the following elements in its fee proposal (Attachment 4): a. A separate and specific fee structure. Proposals should include maintenance, supplies, delivery, training, and implementation. b. Rates and prices that are a firm fixed rate and not subject to change throughout the term of the negotiated contract. c. Each Proposal shall be submitted on the most favorable terms, from a cost and technical standpoint, which the Company can submit to the District. The Company may submit an alternate proposal on a group of line items on an all or nothing basis. d. The Company should address any out-of-pocket expenses the District may incur for any additional software or hardware requirements not included by the Company in its Proposal. Francis Howell School District 2 Print Shop Copier Update

2. Award e. The Company shall provide the terms and conditions of the firm s request for payment. 1.7. The Company shall complete Attachment 1, Company Identification Form which includes potential conflict of interest statement. 1.8. The Company shall complete Attachment 2, References and Experience, including a listing of all Missouri school districts for which the Company currently provides services. The references should include at least one contract with copiers currently in force with a district similar in size and population to the District. The Company shall additionally provide the District a listing of all public school clients that have discontinued service from the Company in the past five years due to poor performance or non-performance. 1.9. Vendors may be required to provide demonstration copiers/printers/multi-function devices (models to be determined by the District) at one or more locations for a period not to exceed 20 working days. All supplies (excluding paper) and costs associated with the evaluation process shall be at the expense of the vendor. 1.10. Vendors will be allowed to conduct walk-throughs of all buildings to determine placement, type, and number of devices needed to address copying and printing services. Building maps of each school location showing the location of current devices may be requested. 1.11. Proposals will be evaluated by the District and designated staff. The following will serve as the basic criteria for the selection of the Company eventually chosen. 1.11.1. The qualifications of the Company and the team assigned to the District 1.11.2. Total resources of the Company that can be applied to the advantage of the District 1.11.3. The scope of services offered and the extent to which they meet or exceed the requirements of the District 1.11.4. The total cost of the services offered to the District 1.11.5. Understanding of the work required of the Company as evidenced by its Proposal 2.1. The selection of the successful vendor will be made after a thorough evaluation of the proposals submitted. The District reserves the right to negotiate with the successful vendor on the number, model, and configuration of copiers, printers and multi-function devices to be placed in the District. 2.2. The contract will be awarded to that Company whose proposal is determined to be most advantageous to the District based on conformity to the RFP, reputation of the Company, cost and other factors. The award will be subject to approval by the Board of Education. 2.3. The District reserves the right to require the Company to demonstrate any hardware or software offered in their Proposal. 2.4. The District shall not be obligated to explain the results of the evaluation process to any Company. 2.5. No verbal agreement or conversation with any officer, agent or employee of the District, either before or after the execution of the contract resulting from the RFP or Francis Howell School District 3 Print Shop Copier Update

C. NEGOTIATION follow-up negotiations, shall affect or modify any of the terms or obligations contained in the written contract resulting from the RFP. 1. After selection, but prior to contract award, the District reserves the unilateral right to negotiate any aspect of the proposal or proposed contract in any manner that best serves the needs of the District and is within the scope of the solicitation. Subject to successful negotiations and approval of the Board of Education, a contract or purchase order will be issued to the selected Company. 2. Negotiation of the final contract between the District and the Company will begin after the most qualified Company has been identified. If prices and compensation cannot be agreed to, then negotiations with the most qualified Company will be terminated and then will begin with the next most qualified Company. Francis Howell School District 4 Print Shop Copier Update

GENERAL CONDITIONS 1. The District will receive sealed Proposals from qualified individuals or firms (hereinafter Company ) to provide Copiers for the Francis Howell R-III School District (hereinafter District ). 2. The purpose of this Request for Proposal (RFP) is to establish the requirements for the requested services, and to solicit Proposals from firms (hereafter Company ) for providing such services. The RFP requests a great amount of detail to avoid delays, misunderstanding, and to simplify the evaluation of the Proposals. The Company is requested to respond to each specification. 3. The Company must submit a complete Proposal covering all requirements identified in this RFP package in order to be considered. All Proposals will be carefully scrutinized to ensure that such requirements can be met. Proposals submitted must be the original work product of the Company. 4. The Company must submit two (2) original copies of the Proposal in sealed envelopes plainly marked with the name District Copier Proposal. Proposals should be delivered to: Cindy M. Reilmann, Director of Finance Francis Howell R-III School District 4545 Central School Road St. Charles, MO 63304-7113 5. Proposals will be received until 2:00 p.m., CDT, August 18, 2017. Electronic or facsimile offers will not be considered in response to this RFP, nor will modifications by electronic or facsimile notice be accepted. 6. The District is not responsible for lateness or non-delivery by the US Postal Service or other carrier to the District. The time and date recorded by the District shall be the official time of receipt. 7. Proposals may be modified or withdrawn by written notice or in person by the Company or its authorized representative, provided its identity is disclosed on the envelope containing the Proposal and such person signs a receipt for the Proposal, but only if the withdrawal is made prior to the submission deadline. 8. The information presented in the RFP is not to be construed as a commitment of any kind on the part of the District. There is no expressed or implied obligation for the District to reimburse responding firms for any expenses incurred in preparing Proposals in response to this request. 9. All Proposals must be submitted on the District forms as attached with this specification. Proposals submitted on forms other than the enclosed may be rejected. No alternate Proposals that significantly deviate or modify the concept and ultimate objectives of this Proposal will be considered. Noncompliance with RFP specifications will disqualify Proposals from further consideration. 10. Any explanation or statement that the Company wishes to make must be contained with the Proposal but shall be written separately and independently of the Proposal proper and attached thereto. Unless the Company so indicates, it is understood that the Company has proposed in strict accordance with the RFP requirements. 11. The District reserves the right to reject any or all Proposals and to waive informalities and minor irregularities in Proposals received. The District, in its sole discretion, will determine whether an irregularity is minor. Francis Howell School District 5 Admin Copier Update

12. The District reserves the right to decline any or all Proposal submissions, or to cancel the RFP call, in whole or in part, at any time prior to making an award, for any reason, or no reason, without liability being incurred by the District to any Company for any expense, cost, loss or damage incurred or suffered by the Company as a result of such withdrawal. 13. All Proposals shall be deemed final, conclusive and irrevocable and no Proposal shall be subject to correction or amendment for any error or miscalculation. No Proposal shall be withdrawn without the consent of the District after the scheduled closing time for the receipt of Proposals. 14. While the District has used considerable efforts to ensure an accurate representation of information in this RFP document, the information contained herein is provided solely as a guideline for proposers. The information is not guaranteed or warranted to be accurate by the District, nor is it necessarily comprehensive or exhaustive. Nothing in this RFP document is intended to relieve proposers from forming their own opinions and conclusions in respect to the matters addressed in this RFP document. 15. The Company is responsible for its own verification of all information provided to it. The Company must satisfy itself, upon examination of this RFP, as to the intent of the specifications. After the submission of the Proposal, no complaint or claim that there was any misunderstanding will be entertained. The Company agrees that it will make no claim for additional payment or seek an extension of time for completion of the work or seek any other concession because of any misinterpretation or misunderstanding of the RFP, or of any failure to fully acquaint itself with all conditions relating to the proposed work. 16. No oral interpretation will be made to any Company as to the meaning of the RFP. Any oral communication will be considered unofficial and non-binding on the District. All contact regarding this RFP must be directed to the Director of Finance. Unauthorized contact by the Company with other District employees or Board members regarding the RFP may result in disqualification. 17. Requests for interpretation must be made in writing to the Director of Finance of the District no later than 4:00 p.m. on August 4, 2017. Any information given to a Company concerning the RFP will be posted to the District s web site as an addendum to the RFP if, in the District s sole discretion, such information is deemed necessary to all Companies in submitting Proposals in response to the RFP, or the lack of such information would be prejudicial to uninformed Companies. The Company should rely only on written statements issued by the District in the form of an addendum to the RFP. 18. The District reserves the right to modify the specifications prior to the Proposal submission deadline and will endeavor to notify all potential Companies that have received a copy of the specifications, but failure to notify shall impose no obligation or liability on the District. 19. Due regard will be given for the protection of proprietary information contained in all Proposals received. However, vendors should be aware that all materials associated with the procurement are subject to the terms of the Missouri Sunshine law and all rules, regulations and interpretations resulting therefrom. Proposals containing data that the Company does not want used or disclosed for any purpose other than evaluation of the Proposal may be restricted, provided the Company marks the cover sheet of the Proposal with the following legend: Technical data contained on pages and in this Proposal furnished in connection with the Request for Proposals of the Francis Howell School District shall not be used nor disclosed except for evaluation purposes, provided that, if the District and Company enter into an Agreement as a result of or in connection with the submission of this Proposal, Francis Howell School District shall have the right to use or disclose technical data to substantiate its decision to enter into an Agreement. 20. The above restriction does not limit the District s rights to use or disclose without the Company s Francis Howell School District 6 Admin Copier Update

permission any technical data obtained independently from another source. Proposals shall not contain any restrictive language different from the above legend. Proposals submitted with restrictive legends or statements which differ from the above will be treated under the terms of the above legend. The District assumes no liability for disclosure or use of unmarked technical data and may use or disclose the data for any purpose. 21. The Company shall not, under penalty of law and immediate disqualification of the Proposal, offer or give any gratuities, favors or anything of monetary value to an officer, employee, agent, or Board of Education member of the District for the purpose of influencing favorable disposition toward a submitted Proposal or for any reason while a Proposal is pending or during the evaluation process. 22. No Company shall engage in any activity or practice, by itself or with other Companies, the result of which may be to restrict or eliminate competition or otherwise restrain trade. Violation of this instruction will result in immediate rejection of the Company s Proposal. 23. The District may accept one part, aspect or phase, or any combination thereof, of any Proposal unless the Company specifically qualifies its offer by stating that the Proposal must be taken as a whole. 24. The District may award a contract based upon the initial Proposals received without discussion of such Proposals. Accordingly, each initial Proposal should be submitted with the most favorable price and service standpoint. 25. To facilitate consideration of the Proposals, the District may, at its option, conduct interviews after receipt of the Proposal. If this is necessary, the Company will be contacted to arrange a time for an interview. The District, in its sole discretion, will determine which, if any, Company will be interviewed. 26. The District reserves the right to hold negotiations in an attempt to clarify and qualify terms of any Proposal. 27. The District reserves the right to negotiate final Agreement terms with any Company, regardless of whether such Company was interviewed or submitted a best and final Proposal. 28. The District may accept any Proposal as submitted whether or not negotiations have been conducted between the parties. 29. Neither the commencement nor cessation of negotiations shall constitute rejection of the Proposal or a counteroffer on the part of the District. 30. The District reserves the right to withdraw the award to a successful Company within 30 days of the award if, in the opinion of the District, the successful Company is unable or unwilling to enter into a form of Agreement satisfactory to the District. The District shall be entitled to do so without any liability being incurred by the District to the Company. 31. In the event of a conflict between the Proposal and the RFP, the District shall resolve any inconsistency in favor of the RFP. Additionally, the District shall in good faith decide all inconsistencies and/or disputes pertaining to the RFP and the Proposal. The Company agrees to abide by the decisions of the District. Any ambiguity in the Proposal because of omission, error, lack of clarity or noncompliance by the Company with specifications, instructions and all conditions of bidding shall be construed in the favor of the District. Francis Howell School District 7 Admin Copier Update

32. All of the terms and conditions of this RFP are deemed to be accepted by the Company and incorporated into the Company s Proposal submission. The terms and conditions stated in this RFP and the successful Company s response to this RFP shall be incorporated into a final Agreement between the District and the successful Company. Any conflict in the wording between the final Agreement and the wording of the terms and conditions of this RFP and the response of the Company shall be resolved in favor of the District and shall be deemed to be incorporated into the final Agreement. 33. The successful Company must not at any time assign any portion of its contract with the District nor shall it assign the contract without the written permission of the District. The successful Company must not, at any time, change sub-consultants approved by the District without written permission of the District, other than as listed in the Proposal submission. 34. The District reserves the right to terminate this contract within 30 days written notice if, in its opinion, the successful Company fails to meet the terms and conditions of the RFP. Notwithstanding the termination of the contract, the successful Company shall remain responsible for its obligations under this contract up to the date of termination. The District reserves the right to commence an action in a court of competent jurisdiction against the successful Company for damages that result from the breach of the terms and conditions of the contract, by the successful Company. 35. The District may terminate the Agreement immediately without further cost or liability in the event of the occurrence of any of the following: insolvency of successful Company; liquidation or dissolution of successful Company; the institution of any voluntary or involuntary bankruptcy proceeding by or against the successful Company; assignment by successful Company for the benefit of creditors; or the appointment of a receiver or trustee to manage the property of the successful Company. 36. In the event the Board of Education of the District fails to approve the appropriation of funds sufficient to provide for the District's obligations under the Agreement, or if the funds are not appropriated due to federal, state or local action, the District shall have the right to terminate the Agreement by providing written notice to the successful Company and the District will thereby be relieved from all further obligations under the Agreement. 37. Initial Proposals may not be withdrawn for 90 calendar days from the due date for Proposals except with the express written consent of the District. 38. In the event the Agreement initially awarded by the District is terminated for any reason within 120 days of the due date for Proposals, the District reserves the right to negotiate and accept any other submitted Proposal. 39. The District shall not be responsible for any pre-agreement expenses of any Company, including the successful Company, incurred prior to the commencement of the Agreement. Francis Howell School District 8 Admin Copier Update

SCOPE OF SERVICES SCOPE OF SERVICES and TECHNICAL REQUIREMENTS 1) This Request for Proposal (RFP) shall be used to evaluate the costs for, and capabilities of potential suppliers to replace copiers located at the District s Administrative Offices, Facilities and Operations Building, and all school locations. a) The District is requesting proposals for copiers for the District as detailed below. The Company selected will replace the existing copiers with NEW, not used/refurbished/ reconditioned equipment. b) The Company must be an authorized dealer of the proposed equipment. c) The proposal will need to allow for 5,000,000 copies/prints per month, with overage to be charged at no more than the same monthly rate per copy included in the fixed price. The estimated numbers of current volume provided are strictly estimates based upon current and historical data. This is not a guarantee or commitment to contract, but is being utilized solely for the purposes of comparison to find the most advantageous solution for the district. d) To control and budget costs, the District is most interested in proposals on a Firm Fixed Price basis that would include the monthly lease, maintenance, supplies (with the exception of paper) and copies. e) Pricing is to be based on a lease program contract wherein the Company supplies the copiers/printers on a five-year lease, to include all scheduled routine maintenance, repairs, parts, software updates and/or modifications, training, implementation, and ALL consumables (except paper). The cost for leasing through the Company must be separately identified, to facilitate analysis should the District choose to secure its own financing. f) Minimum Copier Features: Features such as finishers, staplers (internal and external), double sided copies, reduction, enlargement, sorters, document feeders, large capacity trays, print/scan/fax, networking, etc., must be available and included. g) The Company shall indicate the manufacturers recommended monthly volume for the copiers proposed in response to this RFP. h) The Buyers Laboratory Inc. Electronic Copier Specification Guide or other resources may be used to verify specifications for all copiers submitted in response to this RFP. i) The awarded vendor will either: a) remove all hard drives at the end of the contract period and give the hard drives to the District or b) provide equipment that meets common criteria security standards, (overwrite/erase) and provides absolute written certification of data destruction. Either way, this will be done at no charge to the District. If this certification cannot be provided, hard drives will be removed at the expense of the Company. 2) All pricing shall be F.O.B. Destination and include all materials/services specified herein. 3) All equipment must be compatible with DocuWare scanning software or the company must provide an equivalent at no cost. FHSD currently uses this software for scanning retiree, employee and student records. 4) This Proposal is contingent upon the Company s compliance with the provisions and specifications contained herein, including demonstrable capabilities prior to execution of a contract. Francis Howell School District 9 Admin Copier Update

SCOPE OF SERVICES 4) Because of the wide variation in copier features, the District will select the equipment that best meets its needs based on company background, equipment proposed, quality/features, cost, references, demonstrations and other factors. More than one brand may be selected. 5) Each model/system/software offered under this RFP must comply with all general requirements stated herein, plus those specific applicable requirements. 6) The proposed cost shall include delivery, installation, set up, training, implementation, upgrades and modifications, all consumable supplies (except paper), maintenance and emergency repair service during normal business hours (Monday through Friday, 8:00 AM. to 5:00 PM.), periodic preventive maintenance, and unlimited District operator training. 7) The Company, at no charge to the District will provide similar copier(s) within twenty-four (24) hours, if the existing copier(s) will be down for more than two normal working days. This shall be mutually agreed by both the Company and the District. 8) PARTS: All parts and components supplied by the Company in the process of maintaining and servicing the new equipment for the duration of the resulting contract shall be new Original Equipment Manufacturer (OEM), or rebuilt OEM parts by the manufacturer of the equipment. Rebuilt parts and components must be guaranteed to perform so that product specifications are met. Proposals shall include a complete description of the rebuilt parts process used by the manufacturer in creating recycled parts. Parts/Supply Availability: The Company shall have in place an inventory and delivery system of parts and consumable supplies in quantities sufficient to serve the requirements of this contract. It shall be the responsibility of the Company to maintain stock levels of all consumable supplies at the individual copier sites. If adequate stock is not available at a site, the Company must deliver the necessary items within eight (8) hours to the designated location after receipt of a verbal request. It is the responsibility of the Company to track the inventory and usage of supplies to ensure adequate availability. 9) MANUFACTURER S CERTIFICATION: The Company must include with the response to RFP, certification from the manufacturer, executed by a corporate officer, stating that the Company is an authorized representative of the manufacturer and that all equipment offered under the Proposal is new. If the Company is other than a manufacturer, prior to award of a contract it must submit either: (1) a letter of commitment from the manufacturer that will assure the Company of a source of supply sufficient to satisfy the District s requirements for the contract period or (2) other evidence that the Company will have an uninterrupted source of supply from which to satisfy the District s requirements for the contract period. 10) TECHNICAL MAINTENANCE SUPPORT: The Company shall have sufficient management and qualified manufacturer trained and certified technicians to service all copiers supplied under the contract. The Company shall have a sufficient number of technicians to serve and support the requirements under this contract within the specified response time. 11) COMPANY REPORTS: The Company shall be required to provide the following reports: a) Monthly Reports: The Company shall provide monthly printed copy volumes by machine. b) Down-Time Reports: The Company shall provide a quarterly report to the District s Finance Department indicating individual downtime for each individual copier provided in response to Francis Howell School District 10 Admin Copier Update

SCOPE OF SERVICES this RFP. Any machine recording 10% or more downtime shall be replaced with a new machine immediately, unless the District waives this requirement. c) Average Response Time Reports: The Company shall provide a quarterly report to the District s Finance Department indicating individual response time for each copier provided in response to this RFP. 12) METER READING REQUIREMENTS: The Company will provide for electronic capture and transfer of monthly meter readings. Meter readings will constitute the total copy volume for a single calendar month. 13) OTHER REQUIREMENTS: a) All copiers shall be capable of operating on 120/220v. Models requiring dedicated outlets or circuits may be proposed and will be accepted only at the District s option. b) An operator s manual shall be furnished with all products and solutions. c) All digital equipment must have network connectivity and be Postscript and PCL compliant. d) Environment: the District computing environment is based upon a 1Gbps switched Ethernet backbone between District buildings. Network equipment and end-user devices are networked via TCP/IP networking protocols. District end-user devices run on the follow operating systems: Windows 7, Windows 10, Mac OS 8.x+, IOS 8+, and Chrome OS 45+. All copier equipment furnished by vendor must support IP based printing. 14) SOFTWARE TECHNICAL SUPPORT: a) The Proposal shall include an outline of support services to be offered, including establishing direct lines of communication between the District technical staff and the manufacturer(s) of the equipment or software offered. b) The Company agrees that Network Services includes all actions to diagnose, restore to the manufacturer s and District s specifications and correct product and software malfunctions to their original capability. The Company shall be responsible for backing-up and restoring of information stored on electronic media when the repair or replacement could affect any data stored on the equipment. 15) RESPONSIBILITIES AND DUTIES OF THE COMPANY: a) The Company shall be responsible for all material(s) shipped prior to and during installation until the District gives acceptance in writing. All risk of loss or expense associated with storing material(s) prior to the date of acceptance by the District is the responsibility of the Company. b) The Company shall provide and pay for all materials, labor, tools, transportation and handling, and other facilities necessary for the furnishing, delivery, assembly plus inspection before and after installation of all items specified herein. c) The Company shall, at all times, keep the premises and the areas in which the work is performed free from accumulation of waste materials or rubbish. All tools, installation equipment, machinery and surplus materials used during the progress of the work will be kept in orderly fashion until completion of the project. The Company shall remove from the premises all crates, wrappings and other flammable waste materials or trash. If the premises are not maintained properly, the District may have any accumulations of non-recyclable waste materials or trash removed with costs to be incurred by the Company as deemed appropriate by District. Francis Howell School District 11 Admin Copier Update

SCOPE OF SERVICES d) The Company shall show proof of ability to provide qualified trained sales/service personnel to provide software and technical assistance at any location, including assistance in problem solving, maintenance, machine operation, etc. The Company must also have access to manufacturer s technical resources for problems that are beyond the ability of the Company s staff. Such assistance shall be available at no cost and within twenty-four (24) hours of notification by the District. e) The Company shall provide for each site, at no additional cost and in unlimited quantities, in connection with initial installation and quarterly maintenance thereafter, if requested, an OPERATOR TRAINING PROGRAM for a primary operator and a backup key operator. f) It will be the responsibility of the Company to notify the District when any hardware/software provided in response to this RFP is discontinued by the manufacturer and becomes unavailable. Any discontinued hardware/software that is in use and operational will not be replaced until it is no longer serviceable. At that time, the District s authorized representative must approve the replacement hardware/software being offered by the Company. Such approval is contingent upon compliance with the following conditions: i. The replacement hardware/software must be of equal or greater technology and offers the same or better features than the discontinued model. ii. The replacement hardware/software provides the same or less than fixed price or costper-copy prices, whichever is applicable, than the discontinued hardware/software. g) Hardware/Software Replacement: i. Copier/printer hardware with a demonstrated history of excessive down time shall be replaced by the Company with new hardware with equal or better features, unless the District waives the requirement. Excessive down time shall be defined as five (5) or more service calls in one month or 10% downtime. Downtime is calculated from the time the call is placed, and ends when the machine is up and running. Service calls that are operator induced will not be counted. To qualify for replacement, the following steps must occur: 1. The school must document the service log as to the number of times per month the copier/printer has required service, number of hours the machine is down, nature of problems, and re-occurrences of same problems. 2. The school must contact the Finance Department and discuss their concerns regarding excessive calls. The Finance Department will research the matter and follow-up with a return phone call and a plan of action. 3. The Company will dispatch a supervisor to the site to ascertain the malfunctions and make a determination as to what course of action will be taken, including: a. repair of the copier/printer; b. a determination of complete reconditioning; or c. a determination for replacement. 4. With regard to copier/printer, if it is determined that reconditioning is the best solution, a back-up will be sent and the school s copier/printer brought into the shop for a comprehensive reconditioning. If the Finance Department overrides the supervisor s decision, thus insisting on a replacement, the Finance Department s decision to replace shall take precedence over the supervisor s decision. Francis Howell School District 12 Admin Copier Update

SCOPE OF SERVICES a) Service repairs: 5. If a determination for reconditioning prevails, the machine s performance after reconditioning will be monitored by the Finance Department and the school. The District understands that during the break-in period of either a new machine or a reconditioned one, services calls are to be anticipated. However, calls exceeding the standards set in this section shall cause the machine to be replaced with a new unit of equal size and features without question by Company. i. It will be the responsibility of the Company to provide, at a minimum, on-site service for copier/printer within three hours after a call is placed, during normal business hours of 8:00 A.M. to 5:00 P.M., Monday through Friday. Preventive maintenance/service will be based upon the specific needs of the copier as determined by the Company. All maintenance parts and labor cost shall be included in the base price bid. The Company will be required to provide service records on all machines covered under this contract to the District s authorized representative. ii. The Company is responsible for any damage to the premises of any site as a result of the installation of the copier equipment and shall repair and restore to the original condition any area so damaged within the time frame designated by the District. 16) DELIVERY TIME: All copiers/printers shall be delivered, installed, and operational within thirty (30) calendar days after contract award. The Company shall provide the District with a schedule that outlines date of delivery, installation, implementation, and training. Delivery, installation, implementation, and training must occur fifteen calendar days after award of contract. 17) TECHNICAL LITERATURE: Each Proposal must designate on the Cost Proposal, the manufacturer and model or stock number for each line item. A one- to two-page detailed manufacturer s description and technical requirements document will be submitted for all equipment/software being offered and MUST be included with the Proposal. Such literature must provide information on electrical wiring needs, space requirements, and all technical data required for a full evaluation. FAILURE TO PROVIDE THE TECHNICAL LITERATURE MAY BE JUST CAUSE FOR REJECTION OF PROPOSAL. Francis Howell School District 13 Admin Copier Update

SCOPE OF SERVICES 18) MISCELLANEOUS Deviating from RFP Specifications The District will reject any proposal that deviates significantly from the specifications of this RFP. Companies submitting proposals with any minor deviations must identify and fully justify such deviations for the District s consideration. Presentation of Supporting Evidence/Surety The Company must be prepared to provide any evidence of experience, performance ability, and/or financial surety that the District deems necessary or appropriate to fully establish the performance capabilities represented in their proposals. Registration with Missouri Secretary of State Contract awards are contingent upon the Company providing the District, prior to the execution of the contract, a current Annual Registration Report from the Missouri Secretary of the State s Office, showing the Company is in good standing to conduct business in Missouri. Joint Ventures Proposals requesting joint ventures between vendors will not be accepted. The District will only enter into a contract with a prime vendor who will be required to assume full responsibility for the delivery/installation of equipment, wiring, software and related services identified in this RFP whether or not the equipment, products and/or services are manufactured, produced or provided by the prime vendor. The prime vendor may enter into written subcontract(s) for performance of certain of its functions under the contract only with written approval from the District prior to the effective date of any subcontract. The prime vendor shall be wholly responsible for the entire performance of the contract whether or not subcontractors are used. Insurance The successful Company must demonstrate that it carries sufficient workers compensation insurance in a company, or companies, licensed to do business in Missouri, and furnish certificates evidencing said insurance as may be required by the District. The Proposal shall include evidence that the Company is covered by Commercial General Liability Insurance throughout the term of the contract. Each Company must show proof with the submission of its Proposal that upon the award of a contract it will be covered by Commercial Liability Insurance coverage with limits of $1 million per occurrence for liability (by way of primary coverage and/or Umbrella Coverage and/or otherwise), arising at law for damages caused by reason of bodily injury (including death) or damage to property by its employees or sub-consultants. Warranty The Company shall represent and warrant in the Proposal that the proposed system conforms to the RFP requirements and the Company s written specifications, and that it shall be free from defects in materials and workmanship for a minimum period of two (2) years after acceptance of the system. The Company shall represent and warrant that the proposed system shall function according to published manufacturer specifications on the acceptance date for such system, and that the Company shall modify, adjust, repair and/or replace said system as the District deems necessary or appropriate to have it perform in full accordance with the terms and conditions of the RFP. Independent Price Determination The Company must warrant, represent, and certify that in connection with this RFP the following requirements have been met: Francis Howell School District 14 Admin Copier Update

SCOPE OF SERVICES 1. The costs proposed have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such process with any other organization or with any competitor. 2. Unless otherwise required by law, the costs quoted have not been knowingly disclosed by the Company on a prior basis directly or indirectly to any other organization or to any competitor. 3. No attempt has been made or will be made by the Company to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Readiness of Offered Products All system products (hardware, operating system, etc.) offered to the District in the Proposal must be currently manufactured and available for general sales, lease, or licenses on the date the Proposal is submitted. All system products offered must be both forward and backward compatible with the technology environment described above. Inspection of Work Performed During and after the installation of the products and system, the District, and its authorized representatives, shall be allowed access to inspect all Company materials, documents, work papers, equipment or products, deliverables, or any such other items which pertain to the scope of work for this RFP and contract. This requirement also applies to any subcontractors who may be engaged by the Company. Francis Howell School District 15 Admin Copier Update

Attachment 1: Company Identification Form Designate one individual as the Company s representative to the District during the term of the contract. The representative will be contacted to solve any and all problems that may arise concerning the Proposal during the evaluation period. The undersigned Company hereby agrees to be bound by the terms of the RFP and that the enclosed Proposal is submitted in accordance therewith. Once completed and returned, this Proposal becomes the primary basis for evaluation and selection of the Company to provide the services required by the District for the specified period. By signing this Company Identification Form, the Company certifies that there are no PARTIES OF INTEREST or CONFLICTS OF INTEREST, as defined by state and/or federal regulations, existing between the Company and the District or any of its employees, agents or Board of Education members. Legal name Representative s Name Title Address City/State/Zip Telephone # Fax # E-mail Address Years in Operation Years under current structure and/or under previous structure 1) Name of Company s Officers: NAME TITLE 2) The undersigned hereby acknowledges the receipt of the following addenda: Addendum Number Date Issued Date Acknowledged Signature 3) The undersigned hereby acknowledges that the Company has read and agrees to the terms and conditions set forth in the RFP, and that the terms and conditions set forth in the Proposal will remain open for at least 90 days from the deadline for submission of Proposals Company Officer s Name Signature Date Francis Howell School District 16 Admin Copier Update

Attachment 2 References and Experience Each Company must submit a minimum of five (5) references. Each reference must be presently using services similar to those requested in this RFP. No reference may be an affiliate of the Company or the Company s officers, directors, shareholders or partners. List as primary references any current contracts for copiers currently in force with public school districts; include contacts and telephone numbers for each reference. Use additional pages for additional contracts. 1) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 2) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 3) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 4) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 5) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: Francis Howell School District 17 Admin Copier Update

References and Experience (continued) All Contracts terminated for default within the last five (5) years should be noted below. Termination for default is defined as notice to stop performance due to Company s nonperformance or poor performance. Submit full details of all terminations for default experienced. The District will evaluate the facts and may at its sole discretion reject the Company s Proposal if the facts discovered indicate that the completion of a contract resulting from this RFP may be jeopardized by selection of the Company. If the Company has experienced no such terminations for default in the past five (5) years, so indicate. TERMINATED CONTRACTS WITHIN THE LAST FIVE (5) YEARS. Company Name Business Address Name of Contact Title of Contact Telephone Number of Contact Contract Length Contract Value #1 #2 #3 Francis Howell School District 18 Admin Copier Update

Attachment 3: Decline To Bid Form If your firm elects not to submit the enclosed REQUEST FOR PROPOSAL, please complete the information below and return to my attention. We are sincerely interested in determining why companies/individuals do not respond. Thank you for your help and cooperation. ********************************************************************************** RFP: FHSD - Copiers Company Name: Street Address: City, State, Zip: Phone Number: My company has elected not to submit a proposal for this bid for the following reason or reasons: Did not have time to complete bid package. Did not receive bid information in time. Cannot meet specifications of proposal requirements. Not interested in FHSD business Cannot be competitive with other traditional sources. Please remove from list Other: Please indicate reasons(s) below: Signature Francis Howell School District 19 Admin Copier Update

Attachment 4: Cost Proposal The Company is to provide a firm fixed cost proposal with 5,000,000 copies/prints allowed monthly. Overage is to be charged at no more than the same monthly rate per copy included in the fixed price. Monthly cost to be calculated as payment for all equipment, software, and services, (as defined in RFP) based on a 60 month term. Monthly cost shall include personal property tax, and ownership of equipment and software upon contract fulfillment. Monthly payment includes all maintenance on copier/printers, (labor, parts, drum, toner, staples; PAPER EXCLUDED) software updates and modifications, delivery, implementation, and training. Specifications Estimated Quantity 23 64 16 6 16 15 Type 1 Type 2 Type 3 Type 4 Type 5 Type 6 35 copy/min color 40-45 copy/min black and white 55-60 copy/min black and white 55-60 copy/min color 60-65 copy/min black and white 85-90 copy/min black and white 100 sheet auto feeder Two (2) 500 sheet trays on stand Copies on various types of paper stock labels, cover, etc. 100 sheet auto feeder Two (2) 500 sheet trays on stand Copies on various types of paper stock labels, cover, etc. 100 sheet auto feeder 2500 sheet capacity paper drawer with at least two additional trays Copies on various types of paper stock labels, cover, etc. 100 sheet auto feeder 2500 sheet capacity paper drawer with at least two additional trays Copies on various types of paper stock labels, cover, etc. 100 sheet auto feeder 2500 sheet capacity paper drawer with at least two additional trays Copies on various types of paper stock labels, cover, etc. 100 sheet auto feeder 2500 sheet capacity paper drawer with at least two additional trays Copies on various types of paper stock labels, cover, etc. Stapling, duplex, offset sort Stapling, duplex, offset sort Stapling, duplex, offset sort Stapling, duplex, offset sort Stapling, duplex, offset sort Stapling, duplex, offset sort Print/Scan in color/networked/ Fax/Holepunch Print/Scan in color/networked/ Fax/Holepunch Print/Scan in color/networked/ Fax/Holepunch Print/Scan in color/networked/ Fax/Holepunch Print/Scan in color/networked/ Fax/Holepunch Print/Scan in color/networked/ Fax/Holepunch Recommended monthly volume: Must be able to do 11 X 17 Must be able to do 11 X 17 Must be able to do 11 X 17 Must be able to do 11 X 17 Must be able to do 11 X 17 Must be able to do 11 X 17 Francis Howell School District 20 Admin Copier Update